Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 15th Mar 2024
Reference | ocds-h6vhtk-0448ea |
Common Procurement Vocabulary | Repair and maintenance services of electrical and mechanical building installations |
Procurement Method | Open procedure |
Value | £748,000 |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 15th Mar 2024
Reference | ocds-h6vhtk-0448ea |
Common Procurement Vocabulary | Repair and maintenance services of electrical and mechanical building installations |
Procurement Method | Open procedure |
Value | £748,000 |
Section I: Contracting authority
I.1) Name and addresses
West Dunbartonshire Council
16 Church Street
Dumbarton
G82 1QL
corporate.procurement [at] west-dunbarton.gov.uk
Telephone
+44 1389737000
Country
United Kingdom
NUTS code
UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Internet address(es)
Main address
http://www.west-dunbarton.gov.uk/business/suppliers/procurement/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00153
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Measured Term Contract for Servicing and Installation of Mechanical Installations at West Dunbartonshire Non Domestic Properties
Reference number
Project_24663
II.1.2) Main CPV code
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
II.1.3) Type of contract
Services
II.1.4) Short description
West Dunbartonshire Council is seeking to appoint a suitable qualified and experienced contractor to undertake servicing and maintenance of Mechanical Installations at West Dunbartonshire non Housing Properties-Operational & Administrative Council Properties. Including the provision of associated reports, certification, etc
II.1.5) Estimated total value
Value excluding VAT: £748,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 50712000 - Repair and maintenance services of mechanical building installations
- 44621200 - Boilers
- 45333000 - Gas-fitting installation work
- 45333100 - Gas regulation equipment installation work
- 50720000 - Repair and maintenance services of central heating
- 50531100 - Repair and maintenance services of boilers
II.2.3) Place of performance
NUTS codes
- UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
II.2.4) Description of the procurement
The purpose of the tender is to appoint an experienced and qualified contractor to deliver a Measured Term Contract (MTC) for Servicing and Maintenance of Mechanical Installations at West Dunbartonshire Non Housing Properties -Operational & Administrative Council Properties.
The contract will consist of 24-hour 365 days emergency response service in accordance with the priority schedule detailed in the contract document to enable emergency work to be carried out in compliance with the Contract Conditions.
Contract duration shall be 24 months with a provision for a possible extension of 24 months and subject to the sole discretion of the Council.
II.2.5) Award criteria
Quality criterion - Name: Service Delivery/Methodology / Weighting: 40
Quality criterion - Name: Staffing Project Team Structure / Weighting: 20
Quality criterion - Name: Business Continuity, Phase Out and Exit Strategy / Weighting: 20
Quality criterion - Name: Social Benefits / Weighting: 10
Quality criterion - Name: Sustainability / Weighting: 5
Quality criterion - Name: Fair Work Practices / Weighting: 5
Price - Weighting: 60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Contract is 24 months with the possibility of a 24 month extension.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
List and brief description of conditions:
For the purposes of this Contract, the Contractor and/or Sub Contractor (including operatives)will be required to be a Gas Safe approved contractor(with appropriate registration for working) and have competent technicians working on oil appliances
Evidence of which will be requested during the tender period.
Section 4A.2, 4A.2.1 4A.2.2 and 4A.2.3 of the SPD
III.1.2) Economic and financial standing
List and brief description of selection criteria
Economic Operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public
Contracts (Scotland) Regulations 2015 or Regulations 8&9 of the Procurement (Scotland) Regulations 2016.
Minimum level(s) of standards possibly required
4B.1,& 4B.2 Turnover - tenderers should complete section 4B1.1 and 4B2.1 detailing the last 3 years turnover of greater than two times the annual value of contract on offer est.187,000 GBP, therefore a turnover of 374,000 GBP is required.
4B.4 Ratios - a Pass in any two of the three ratios as an overall Pass for Economic and Financial standing .
- (Ratio 1) Acid Test – (Current Assets-stock)/Current Liabilities. To pass the Acid Test Ratio question the bidder must have a score of
greater than 1.
- (Ratio 2) Return on Capital Employed %– Profit/Capital employed. To pass this question the Council require the bidder to score a
positive figure/Percentage.
- (Ratio 3) Current Ratio – Current Assets/Liabilities. To pass this question the Council require the bidder to achieve a score of greater than
1.
WDC will use template WD09 - WDC Financial Vetting Questionnaire v2, it is recommended that bidders review their own ratio scores in advance of submitting their tender. In the event that a firm does not meet the financial criteria for consideration but has a parent company that does, the firm may still be eligible for consideration where their Tender Submission is supported by a Parent Company Guarantee WD04 - Parent Company Guarantee refers. Should after review of the financial evaluation of tenderer fail, then the tender
submission may be rejected.
Insurance
It is a requirement of this contract that tenderers hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
4B.5.1-Employers Liability Insurance - 10 million GBP required
4B5.2-Public Liability Insurance - 10 million GBP each required
All Risk Insurance in line with clause 6.9 and 6.11 of the contract documents.
III.1.3) Technical and professional ability
List and brief description of selection criteria
SPD questions:
4C.1.2,& 4C.10.
4D.1
These question will be scored in line with “Evaluation Methodology” as detailed in WD01 however a minimum “pass” threshold of 2 acceptable(50%) must be achieved or the tenderer will have failed to meet the Councils requirements and therefore will not progress to stage 2 “award criteria (Technical & Commercial envelopes)
Minimum level(s) of standards possibly required
- 4C.1.2, Bidders are required to provide 2 examples that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of this Contract Notice or the relevant section of the Site Notice.
The Council reserves the right to contact any or all of the companies provided in previous works examples to ascertain performance and visit their premises, candidates should ensure that companies listed would be willing to discuss the candidates performance with the Council.
- Bidders are required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control.
-4C.10,Bidders will be required to confirm whether they intend to subcontract and, if so, what proportion of the contract.
If you intend to subcontract any share of the contract to third parties on whose capacity you do not rely to satisfy the selection criteria, you
must secure that each subcontractor completes a separate ESPD (Scotland) Response for all Parts of the ESPD (Scotland) Qualification
Envelope, except Part 4.
Q4D.1 Mandatory Pass/Fail Question – Quality Management Procedures
1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS
ENISO 9001 (or equivalent),
OR
2. The bidder can demonstrate an equivalent.
Q4D.1 Mandatory Pass/Fail Question –Health & Safety
1. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS
OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a related scheme in
registered membership of the Safety Schemes in Procurement (SSIP) forum.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
A set of Key Performance Indicators (KPI's) will be used to manage the contracts and monitor performance. These are detailed below as a minimum. Additional KPI's may be agreed at pre-contract start meeting or at any time during the contract period:
- Invoice/Claim Accuracy
- Complaints
- Management Information
- Completion of Works
- Timescales
- Innovation/Improvement
- Social Benefits/Community Benefits
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
16 April 2024
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 16 April 2024
IV.2.7) Conditions for opening of tenders
Date
16 April 2024
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Contract will be for 2 years plus a potential 2x 12 month extension.
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 50781. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Community Benefits will be as per the WD19 Document
(SC Ref:742821)
VI.4) Procedures for review
VI.4.1) Review body
Dumbarton Sheriff and Justice of the Peace Court
Dumbarton
G82 1QQ
Country
United Kingdom